Section one: Contracting authority
one.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
Contact
ICT Services and Software Team
ICTServicesandSoftwareTeam@gov.scot
Telephone
+44 3002444000
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Cloud and Hosting Services Framework
Reference number
SP-22-023
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Ministers through the National Collaborative Procurement Division of the Scottish Government are seeking to establish a multiple supplier framework for Cloud and Hosting Services for the Scottish Public Sector and Third Sector organisations. The duration of the framework agreement will be four years.
The Cloud Hosting Services Framework Agreement will be a multi-supplier Framework. The scope will include the following:
a) Public Cloud
b) Private Cloud
c) Community Cloud
d) Hybrid Cloud
e) Co-location
f) Cloud Transition Services
A maximum of 8 suppliers will be admitted to the Framework.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
- 72315000 - Data network management and support services
- 72317000 - Data storage services
- 72510000 - Computer-related management services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Services delivered remotely at various sites across Scotland
two.2.4) Description of the procurement
The Authority, on behalf of Scottish Ministers are establishing a multi-supplier national framework agreement for the provision of Cloud Services. The key aims of the framework are to deliver efficient access to Cloud Services to the Scottish public sector offering value for money, in a safe, secure and environmentally friendly way. The full scope of services will include, but not be limited to, the current services being offered to the Scottish public sector:
- Platform as a Service (PaaS) & Infrastructure as a Service (IaaS)
- Cloud hosting services such as public/private/hybrid cloud
- Traditional co-location and hosting
- Transition services
Where Infrastructure as a Service (IaaS) and Platform as a Services (PaaS) are likely to be considered key requirements of any future Cloud Services arrangement, it is likely that Software as a Service (SaaS) would be out of scope, being delivered by other arrangements.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
On going National Framework will be reviewed for renewal in 4 years
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
N/A
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
The Authority, on 1st August 2023 will undertake a Company Financial Assessment for each Tenderer using Dun & Bradstreet (D&B) Failure Risk Score for the Tenderer and any consortia or reliance members. Details of the D&B "A Guide to Dun & Bradstreet’s Predictive Indicators" – can be found using the http address below: https://www.dnb.co.uk/about-us/our-analytics/predictors-scores-ratings/scores-ratings.html
There must be no qualification or contra-indication from any evidence provided in support of the Tenderers economic and financial standing. The Authority has the right to request copies of financial accounts and insurance certificates which are not held electronically.
If the D&B Failure Risk Score is 50 or more, on 1st August 2023, you will receive a pass for this assessment. If the D&B Failure Risk Score is less than 50 or no D&B Risk Failure score is available the Authority will contact the Tenderer and seek further information.
The Authority will then use this further information to assess the Tenderer’s level of failure risk. In the event that the Tenderer does not meet the financial criteria above and/or the level of failure risk after assessment of further information is considered to be too high, they may still be considered via some form of other assurance e.g. Parent Company Guarantee (providing parent has a failure risk score of 50 or more) or a performance bond. If this assessment identifies an unmanageable risk (i.e. it is unacceptable) the Tenderer will fail this assessment.
SPD Statements 4B.5.1b and 4B.5.2: It is a requirement that tenderers hold or can commit to obtain prior to the commencement of any subsequently awarded contract the types of insurance indicated below:
Public Liability Insurance in the sum of not less than 1,000,000 GBP, or such greater/other sum as may be agreed with the Framework Public Body; and;
Professional Indemnity Insurance in the sum of not less than 1,000,000 GBP, or such greater/other sum as may be agreed with the Framework Public Body; and;
Employer’s Liability Insurance in the sum of not less than 5,000,000 GBP or in accordance with any legal obligation for the time being in force.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
SPD Statement 4D.1: Tenderers will be required, by the framework commencement date, to have an effective Information Security Management certification in place in place; this may be demonstrated by accreditation to an applicable standard such as ISO 27001:2022, or equivalent, or by submitting a copy of their own equivalent Quality Management System.
Also Tenderers will be required to hold and maintain by the framework commencement date, Cyber Essentials Plus accreditation.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 8
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-034283
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 July 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 July 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The framework agreement will be available for use by the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, The Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish health boards or special health boards, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality and Human Rights Commission, Business Stream Ltd, the Business Gateway National Unit at the Convention of Scottish Local Authorities, further or higher education institutions being fundable bodies within the meaning of section 6 of the further and Higher Education (Scotland) Act 2005, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing. In addition to the contracting authorities listed, the framework agreement will be available to charities entered on the Scottish Charity Register and voluntary organisations entered on the Membership Database of the Scottish Council for Voluntary Organisations.
Information about agencies of the Scottish Ministers, Scottish Non-Departmental Public Bodies and offices in the Scottish Administration which are not ministerial offices are listed at
http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies
Overview of the governance structure of public procurement for Scotland, including the Public Procurement Group.
https://www.gov.scot/publications/public-procurement-governance/
In addition to the previous publication concerning this procedure referenced above (https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC465912).
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23823. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
A list of Community Benefits applicable to this Framework is included in the procurement documents.
(SC Ref:735551)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chambers Street
Edinburgh
Eh1 1LB
Telephone
+44 1312252525
Country
United Kingdom